Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
MODIFICATION

T -- Bindery service for base plus 3 option years

Notice Date
9/14/2005
 
Notice Type
Modification
 
NAICS
323121 — Tradebinding and Related Work
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-05-T-0301
 
Response Due
9/8/2005
 
Archive Date
9/23/2005
 
Point of Contact
Laura Pruett, Purchasing Agent, Phone 619-532-8110, Fax 619-532-5596, - Loida Toledo, Supvy. Contract Specialist, Phone 619-532-5644, Fax 619-532-5596,
 
E-Mail Address
lmpruett@nmcsd.med.navy.mil, lctoledo@nmcsd.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose for this amendment is to cancel it in it's entirety IAW DODD 5330.3 DAPS is the appointed DOD organization for providing this type of service to all branches of DOD which includes the Navy. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisition Procedures for Commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. The solicitation number, N00259-05 -T-0301 is issued as a request for quotations (RFQ). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses and provisions maybe accessed in full text at these addresses: www.arnet.gov/far and http:// farsite.hill.af.mil. The NAICS code is 323121 and Small business Standard is 500. This is a 100 % small Business Set-aside. NMCSD requests responses from qualified sources capable of providing: Maintenance Contract for Bindery in accordance with the bindery requirements as follows: Stock all universal colors for cover binders on journals. Must have the latest equipment for cutting,binding and lettering each volume. All Materials must be insured by bindery while in their shop in case of damage of loss. Remove covers on all single issues of journal and remove all advertising pages and material. Collate each volume to check for missing pages. All lettering on covers must be either gold or black; Volumes must be bound in the same colors as the colors for each journal title. Binding must have a wide margin as possible. Stitching on all volumes must durable. Finished bindery must be available within 30 days from pick-up date. The bindery, including specifications for binding colors and lettering, must maintain complete set of records of each periodical. Must furnish packing boxes. Bind 308 vols 12" high, Includes imprint and pickup and delivery. CLIN 0001: $_________ base year, for the period 15 Nov 2005 to 15 Aug 2006. Clin 00002: $________, Option Year 1. Clin 0003: $ ________, Option Year 2. Clin 0004: $___________, Option Year 3. This acquisition incorporates the following FAR clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-5 and DFAR Change Notices effective through 6/21/05. Applicable clauses are FAR 52.212-1, Instructions to Offerors , Commercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.204-7 Central Contractor Registration, 252-225-7002 Qualifying Country Sources As Subcontractors, 52.212-4, Contract Terms and Conditions , Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies with the following applicable clauses: 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restrictions on Certain Foreign Purchases. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and 252.232-7003 Electronic Submission of Payment Requests, 52.212-3, Offeror Representation and Certifications, Commercial Items. 52.217-9, Option to Extend the term of the Contract; 52.217-5, Evaluation of Options; 52.217-8, Option to extend Services; 52.212-2, EVALUATION ?COMMERCIAL ITEMS (1/99). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance, Technical Capability, Price. Technical and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the uccessful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Note: The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. A price evaluation will only be conducted on offerors found to be technically acceptable and possess or have demonstrated qualified experience relevant to the scope of this solicitation. In submitted your quote, include your company?s complete mailing and remittance addresses, discounts for prompt payment, if any, Commercial and Government Enity ( CAGE) code, Dun and Bradstreet number, and federal tax ID number. All required FAR 52.212-3 Certications and representations must be completed and submitted along with your quote. Quotes are accepted in any form by mail or e-mail to: lmpruett@nmcsd.med.navy.mil
 
Place of Performance
Address: Contractor's place
 
Record
SN00895281-W 20050916/050914212724 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.